SOLICITATION NOTICE
23 -- 36th CES Trailers
- Notice Date
- 3/11/2021 7:48:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
- ZIP Code
- 96540-2937
- Solicitation Number
- N4019221Q3002
- Response Due
- 3/16/2021 2:00:00 PM
- Archive Date
- 03/31/2021
- Point of Contact
- JoAnnelle Nededog-Flores, Phone: (671) 362-7180, Angela Santos
- E-Mail Address
-
joann.nededog-flores@usmc.mil, angela.santos@usmc.mil
(joann.nededog-flores@usmc.mil, angela.santos@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION Amendment 0001�posted 12 March 2021 to post Pre-Quotation Inquiry No. 1 (N4019221Q3002_0001 attached) Solicitation Date:�RFQ N4019221Q3002 posted 03 March 2021 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and hard copies of the solicitation document will not be issued.�� This Request for Quotation (RFQ) is for solicitation number is N40192?21?Q?3002. �This acquisition will result in the award of a purchase order for two (2) completely assembled desk over trailers and one (1) fully enclosed trailer, Appendix 01. The Government intends to make one (1) award from this solicitation.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. Classification Code: The associated North American Industrial Classification System (NAICS) code for this procurement is 336214, Travel Trailer and Camper Manufacturing, with a small business size standard of 1,000 employees. Set-Aside: The proposed acquisition is a competitive Total Small Business Set-Aside. The Government will only accept offers from eligible Small Business set-aside entities. Contracting Office: Naval Facilities Engineering Command Marianas, Marine Corps Base Camp Blaz (MCB CB), Public Works Department (PWD) Facilities Support Contracting (FSC), PSC 455, BOX 195 APO FP� 96540-2937. Point of Contacts are JoAnnelle Nededog-Flores, Joannelle.Nededog-Fl@fe.navy.mil / Joann.Nededog-flores@usmc.mil, 671-362-7180 and Angela Santos, Angela.Santos@usmc.mil, 671-362-7154. Place of Performance: 36th Civil Engineer Squadron (CES) HVAC Shop Delivery: Contractor shall include delivery schedule information in their quote submittal. The total price must include all shipping and delivery costs. Delivery of items is no later than 45 days after date of award. **NOTE: ALL REQUIREMENTS MUST BE SHIPPED DIRECTLY TO ADDRESS BELOW, NOT VIA TRACY** 36th Security Forces Squadron 23020 Chicago Ave Yigo, Guam 96929 Quotation Due Date and Delivery Information: Quotations are due no later than 10:00 a.m. Chamorro Standard Time (ChST), March 17, 2020. Only electronic quotations will be accepted. Send quotations to JoAnnelle Nededog-Flores, Joann.Nededog-Flores@usmc.mil AND angela.santos@usmc.mil. NOTE: The offeror is advised to send quotations to the emails listed and to request a confirmation of receipt to ensure the mail recipient receives the electronic submission. Questions, Amendments, and Notices: 1) Questions regarding the solicitation shall be submitted using Appendix 02 � Pre-Quotation Inquiry (PQI) via electronic mail to Joannelle.Nededog-Fl@fe.navy.mil / joann.nededog-flores@usmc.mil no later than 12�March 2021 by 2:00 P.M., Chamorro Standard Time (ChST). Verbal queries will not be entertained. E-mail subject should be PQI for RFQ N40192?21?Q?3002, followed by the offeror�s corporate name. NOTE: The offeror is advised to request a confirmation of receipt to ensure the mail recipient receives the electronic submission. 2) Changes to the solicitation will only be made through issuance of amendments. Appendixes: Appendix 1 � Statement of Objectives (SOO) Appendix 2 � Pre-Quotation Inquiry (PQI) Form Appendix 3 � Price � Schedule � Contract Line Item Numbers (CLINS) Appendix 4 � Past Performance Questionnaire (PPQ) CLAUSES: The following solicitation clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.212-4 Addendum]�: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 52.211-17 Delivery of Excess Quantities SEP 1989 52.247-34 F.O.B. Destination NOV 1991 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7020 ST SP 800-171 DoD Assessment Requirements NOV 2020 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card MAY 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea FEB 2019 (End of Addendum) 52.252-2�Clauses Incorporated by Reference FEB 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far Defense Federal Acquisition Supplements (DFARS): https://www.acquisition.gov/dfars (End of Addendum) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2020) inclusive of: Part A: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�(Jan 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities�(Jul 2018)� 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.�(Aug 2020)�(Section 889(a)(1)(A) of Pub. L. 115-232) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations�(Nov 2015). 52.233-3, Protest After Award�(Aug 1996)�(31�U.S.C.�3553). 52.233-4, Applicable Law for Breach of Contract Claim�(Oct 2004)�(Public Laws 108-77 and 108-78 (�19�U.S.C.�3805�note)). Part B� X� 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 X�� 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 X �52.219-6 Notice of Total Small Business Set-Aside NOV 2020 X� 52.219-28 Post Award Small Business Program Rerepresentation NOV 2020 X� 52.219-33 Nonmanufacturer Rule MAR 2020 X� 52.222-3 Convict Labor JUN 2003 X� 52.222-19 Child Labor-Cooperation with Authorities and Remedies JAN 2020 X� 52.222-21 Prohibition of Segregated Facilities APR 2015 X� 52.222-26 Equal Opportunity SEP 2016 X� 52.222-50 Combating Trafficking in Persons OCT 2020 X� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 X� 52.224-3 Privacy Training JAN 2017 X �52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act JAN 2021 X �52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 X� 52.239-1 Privacy or Security Safeguards AUG 1996 X� 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels FEB 2006 Part D Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR�2.101, on the date of award of this contract, and does not contain the clause at�52.215-2, Audit and Records-Negotiation. �����������(1)�The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. �����������(2)�The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart�4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. �����������(3)�As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. Part E Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (See full list of clauses at https://www.acquisition.gov/far/part-52#FAR_52_212-5) (End of Clause) --End of Clauses-- PROVISIONS: The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors--Commercial Items JUN 2020 52.212-1 Addendum�: 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2020 252.215-7007 Notice of Intent to Resolicit JUN 2012 � 252.215-7008 Only One Offer JUL 2019 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DEC 2018 QUOTATION SUBMITTAL INSTRUCTIONS A. BASIS OF AWARD 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors; and to award the contract to the offeror submitting the lowest priced acceptable offer. 2. Government intends to evaluate quotations and award a purchase order without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public�s interest; accept other than the lowest offer, and waive informalities and minor irregularities in offers received. 4. The quotation must set forth full, accurate and complete information as required by the solicitation. The Government will rely on such information in the award of a purchase order. By submission of the quote, the vendor agrees that all items quoted will be utilized for the duration of the contract and any substitutions shall require prior Contracting Officer�s approval. B. EVALUATION FOR AWARD 1. Offeror shall submit complete and accurate information. The Government may elect not to request additional information to perform the evaluation. Evaluation will be based only on price only, therefore award will be based on Lowest Priced Technically Acceptable (LPTA). The following evaluation factors will be used: Price and Technical Acceptability. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable:� The quote meets the minimum requirements of the solicitation and the specifications provided.� Unacceptable:� The quote does not meet the minimum requirements of the solicitation. a) Technical acceptability:� Technical acceptability will be based on if all must have requirements contained in the Statement of Objectives (SOO) are offered and demonstrated in the catalog cuts. If the offeror�s quote does not specify each must have requirement for quoted items, the entire quotation will be deemed technically unacceptable and the quote will not be considered. b) Price:� The lowest priced quote will be evaluated for technical acceptability.� If the lowest priced quote is found technically acceptable, the award will be made without further consideration.� If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable quote. a. FACTOR 1: PRICE Submittal Requirements: At a minimum, the Price shall be provided in five (5) parts as follows: 1. Name title, e-mail address, phone, and facsimile number of the person or persons authorized to negotiate and bind your firm and/or address Quotation clarifications; 2. Complete Price � Schedule � Contract Line Item Numbers (CLINS), Appendix 03 3. Confirmation of completed Representations/Certification (FAR & DFARS Report) in SAM 4. Acknowledgement of all amendments, if applicable. 5. Joint Venture Agreement, if applicable Basis of Evaluation: The Government will evaluate price based on the total price. Total price consists of the basic requirements, shipping to Destination, and delivery. Analysis of price will be performed to ensure a fair and reasonable price based on one or more of the following: 1. Comparison of quotation in response to solicitation; 2. Comparison of quotation to historical prices paid; 3. Comparison of quotation with published price listing, market prices, similar indexes, and discount or rebate arrangements; 4. Comparison of quotation to Government cost estimates b. FACTOR 2: TECHNICAL ACCEPTABILITY Submittal Requirements: The offeror shall provide catalog cuts to illustrate individual items contained in the SOO. The offeror is required to clearly showcase all must have requirements contained in the SOO are in the offer. Basis of Evaluation: Evaluators will determine the Offeror�s compliance with the requirements of this RFQ based on the submitted catalog cuts. The rating shall be either acceptable or unacceptable. (End of Addendum) 52.212-2���� EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i�� Price ii. Technical Acceptability (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s): N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-1���� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far Defense Federal Acquisition Supplements (DFARS): https://www.acquisition.gov/dfars (End of provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2020) -- End of Provisions --
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e9aa653235514b28beea0a07e9c7749e/view)
- Place of Performance
- Address: Yigo, GU 96929, USA
- Zip Code: 96929
- Country: USA
- Zip Code: 96929
- Record
- SN05940143-F 20210313/210311230117 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |